Procurement of a sample implementation system

Nordland county would like to procure a trial implementation system that can be integrated seamlessly with Microsoft Teams Teachers shall be able to create and administer tests, including setting trial dates, time limits and question types. It must be possible to carry out tests at different security levels. Implementation is …

CPV: 48190000 Paquetes de software educativo, 72212190 Servicios de desarrollo de software educativo, 72220000 Servicios de consultoría en sistemas y consultoría técnica, 72223000 Servicios de revisión de las exigencias de tecnología de la información, 72224000 Servicios de consultoría en gestión de proyectos
Plazo:
24 de septiembre de 2024 a las 10:00
Tipo de plazo:
Presentación de una oferta
Lugar de ejecución:
Procurement of a sample implementation system
Organismo adjudicador:
Nordland fylkeskommune
Número de premio:
2024/13342

1. Buyer

1.1 Buyer

Official name : Nordland fylkeskommune
Legal type of the buyer : Public undertaking, controlled by a regional authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Procurement of a sample implementation system
Description : Nordland county would like to procure a trial implementation system that can be integrated seamlessly with Microsoft Teams Teachers shall be able to create and administer tests, including setting trial dates, time limits and question types. It must be possible to carry out tests at different security levels. Implementation is expected here, with everything from an open network to a fully locked-down level.
Procedure identifier : 20cdc003-8083-4a75-99dd-5b86904186b3
Internal identifier : 2024/13342
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : Nordland County shall pilot teams for schools in replacement of an LMS for the school year 2024/25. In the pilot, three schools with approx. 200 teachers and 1,000 pupils will participate. The school year 2025/26 shall use all schools for test execution. There are 16 schools with approx. 9,000 pupils in the county.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 72220000 Systems and technical consultancy services
Additional classification ( cpv ): 48190000 Educational software package
Additional classification ( cpv ): 72212190 Educational software development services
Additional classification ( cpv ): 72223000 Information technology requirements review services
Additional classification ( cpv ): 72224000 Project management consultancy services

2.1.2 Place of performance

Country subdivision (NUTS) : Nordland ( NO071 )
Country : Norway

2.1.3 Value

Estimated value excluding VAT : 3 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften -
Anskaffelsesforskriften -

2.1.6 Grounds for exclusion

Corruption : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a enforceable verdict has been convicted of corruption by a verdict handed down not more than five years ago, or a rejection period determined directly in the judgement that still applies? Corruption as defined in Article 3 of the Convention on Combating Corruption, Involving European Communities or European Union Member States (EUT C 195 of 25.6.1997, s. 1), and in Article 2, point 1, in the Council ́s framework decision 2003/568/RIA of 22 July 2003 on combating corruption in the private sector (EUT L 192 of 31.7.2003, p. 54). This rejection reason also includes corruption as defined in national law for the contracting authority or supplier.
Participation in a criminal organisation : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, at the time a legally convicted verdict of participation in a criminal organisation by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Participation in a criminal organisation as defined in Article 2 of the Council ́s framework decision 2008/841/RIA of 24 October 2008 on control of organised crime (EUT L 300 of 11.11.2008, p. 42)
Money laundering or terrorist financing : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of money laundering or financing terrorism by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Money laundering or financing terrorism As defined in Article 1 of the European Parliament and Council Directive 2005/60/EF of 26 October 2005 on preventive measures against the use of the financial system for money laundering and financing terrorism (EUT L 309 of 25.11.2005, p. 15).
Fraud : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, at the time a legally convicted of fraud has been convicted of fraud by a verdict handed down not more than five years ago, or a rejection period determined directly in the judgement that still applies? Fraud included in Article 1 of the Convention on protection of the Financial Interests of the European Communities (EFT C 316 of 27.11.1995, p. 48).
Child labour and other forms of trafficking in human beings : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of child labour and other forms of human trafficking by a verdict handed down no more than five years ago, or a rejection period determined directly in the judgement that still applies? Child labour and other forms of human trafficking as defined in Article 2 of the European Parliament and council directive 2011/36/EU of 5. 1 April 2011 on the prevention and control of human trafficking and the protection of its victims and for compensation of the Council ́s framework decision 2002/629/RIA (EUT L 101 of 15.4.2011, p. 1).
Purely national exclusion grounds : The contracting authority shall state that in Norway there are national rejection reasons. These shall be described in the procurement documents. Tenderers must respond to whether they are in one or more of the situations described in the national rejection reasons. Will the purely national rejection reasons, as stated in the relevant notice or in the procurement documents, apply?
Payment of social security contributions : Have tenderers failed to fulfil all their social security obligations in the country where they are established and in their member state, if this is a different country than what he is established in?
Payment of taxes : Has the tenderer not fulfilled his tax and duty obligations in the country in which he is established, and in the contracting authority's member state, if this is a different country than what he is established in?
Terrorist offences or offences linked to terrorist activities : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body, or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of acts of terrorism or criminal acts connected to terrorist activities by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Acts of terrorism or criminal acts relating to terrorist activity as defined in Article 1 and 3 of the Council ́s framework decision 2002/475/RIA of 13 June 2002 on combating terrorism (EFT L 164, af 22.6.2002, p. 3). This rejection reason also includes incitement to, participation or attempts to commit such actions as included in Article 4 in the mentioned framework decision.

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Procurement of a sample implementation system
Description : Nordland county would like to procure a trial implementation system that can be integrated seamlessly with Microsoft Teams Teachers shall be able to create and administer tests, including setting trial dates, time limits and question types. It must be possible to carry out tests at different security levels. Implementation is expected here, with everything from an open network to a fully locked-down level.
Internal identifier : 2024/13342

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 72220000 Systems and technical consultancy services
Additional classification ( cpv ): 48190000 Educational software package
Additional classification ( cpv ): 72212190 Educational software development services
Additional classification ( cpv ): 72223000 Information technology requirements review services
Additional classification ( cpv ): 72224000 Project management consultancy services

5.1.2 Place of performance

Country subdivision (NUTS) : Nordland ( NO071 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Duration : 36 Month

5.1.5 Value

Estimated value excluding VAT : 3 000 000 Norwegian krone

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : no

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : 'Total' annual turnover
Description : The tenderer ́s ("total") annual turnover for the number of financial years requested in the tender notice or in the procurement documents is as follows:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Average annual turnover
Description : The tenderer ́s average annual turnover for the number of years requested in the notice or in the procurement documents is as follows:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : "Specific annual turnover"
Description : Are the tenderer's ("specific") annual turnover within the area that the contract applies to and specified in the notice or in the procurement documents for the number of accounting years requested is as follows:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Average set-up
Description : Is the tenderer's average annual turnover within the area requested by the contract and specified in the notice or in the procurement documents for the number of financial years requested:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : The tenderer's establishment date
Description : If the information about the turnover (combined or specific) is not available for the entire requested period, please state the date the company was established, or the tenderers started their business:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Financial key figures
Description : For financial key figures stated in the notice or in the procurement documents, the tenderer declares that the actual value(s) of the requested key figures are as follows:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Liability insurance
Description : The insured amount in the tenderer ́s liability insurance is the following:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Other economic and financial requirements
Description : Regarding any other economic and financial requirements that have been stated in the notice or in the procurement documents, the tenderer declares that:
Use of this criterion : Not used
Criterion :
Type : Economic and financial standing
Name : Economy
Description : Tenderers must have sufficient finances at the tender deadline to be able to carry out the assignment. If a tenderer can substantiate score A or better from D&B, the tenderer is automatically qualified. If a tenderer cannot document the rating requirement, the financial ability to fulfil the contract must be documented with other relevant documentation. These can be accounts, audit reports, annual reports, financing plans or operating guarantees from a bank or parent company. Based on the received documentation, the contracting authority will decide if the tenderer is qualified to participate in the competition. Taxes and duties Minimum qualification requirements
Use of this criterion : Used
Criterion :
Type : Economic and financial standing
Name : Taxes and duties
Description : Tenderers shall be up-to-date with tax and duty payments. Documented by a Tax certificate. The tax certificate shall not be older than 6 months from the deadline for receipt of tenders. Any arrears in the tax certificate must be justified and can lead to rejection of the tenderer. Minimum qualification requirements
Use of this criterion : Used
Criterion :
Type : Other
Name : Certificates issued by independent bodies for quality assurance standards.
Description : Can tenderers submit certificates issued by independent bodies that document that the tenderer fulfils the stated quality assurance standards, including universal design requirements?
Use of this criterion : Not used
Criterion :
Type : Other
Name : Certificates issued by independent bodies for environmental management standards.
Description : Is the tenderer able to submit certificates issued by independent bodies as documentation that the tenderer fulfils the stated environmental management systems or standards?
Use of this criterion : Not used
Criterion :
Type : Suitability to pursue the professional activity
Name : Registered in a trade register
Description : Tenderers are registered in a professional register in the member state in which the tenderer is established. As described in annex XI of directive 2014/24/EU; suppliers from certain member states may have to fulfil other requirements in the mentioned annex.
Use of this criterion : Not used
Criterion :
Type : Suitability to pursue the professional activity
Name : Registered in a trade register or company register.
Description : Tenderers are registered in a company register or a trade register in the member state in which the tenderer is established. As described in annex XI of directive 2014/24/EU; suppliers from certain member states may have to fulfil other requirements in the mentioned annex.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Name : In the case of service contracts: Authorisations from a particular organisation required
Description : Is a specific authorisation required from a particular organisation to provide the service in the tenderer's home country?
Use of this criterion : Not used
Criterion :
Type : Suitability to pursue the professional activity
Name : In the case of service contracts: Membership in a particular organisation is required
Description : Is it necessary to have a particular membership in a particular organisation in order to provide the service in the tenderer ́s home country?
Use of this criterion : Not used
Criterion :
Type : Suitability to pursue the professional activity
Name : HSE Self-declaration
Description : Tenderers shall be responsible for ensuring that the company works systematically to comply with health, environment and safety legislation and satisfies the internal control regulations. Furthermore, tenderers shall confirm that the company is legally organised in accordance with the applicable tax and working environment regulations regarding employees ́ professional and social rights, and shall accept that the Contracting Authority is given the right to review and verify the company's system for health, safety and environment. Documented by: A signed HSE self-declaration, not older than 6 months.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Services only
Description : Only for services: In the reference period, the tenderer has carried out the following important goods deliveries of the requested type, or the following important services of the requested type. The contracting authority can require up to three years experience and allow experience from the previous three years to be taken into consideration.
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Technical personnel or technical units
Description : Tenderers can use the following technical personnel or technical units , particularly those who are responsible for quality control: For technical personnel or technical units that do not directly belong to the tenderer ́s business, but if the capacity the tenderer will use, cf. part II, section C, separate ESPD forms shall be supplemented.
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Technical facilities and quality assurance measures
Description : The tenderer utilises the following technical facilities and quality assurance measures and the tenderer ́s survey and research facility is as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Investigation and research facilities
Description : The tenderer ́s survey and research facilitates are as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Management and tracing of the supply chain
Description : The tenderer will be able to use the following management of the supply chain and tracing systems for the execution of the contract:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Control Permission
Description : For goods or services that are complicated, or that in exceptional cases shall be used for a particular purpose: Will the tenderer allow checks of the tenderer's production capacity or technical capacity and, where necessary, of the survey and research facilities that the tenderer has at its disposal and of quality control measures? The inspections shall be undertaken by the contracting authority or the contracting authority can leave it to a competent public body in the country where the tenderer is established.
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Education and professional qualifications
Description : The following education and professional qualifications are possessed by the tenderer and/or (depending on the requirements set in the notice or in the procurement documents) of the leading employees:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Environmental management measures
Description : Tenderers can employ the following environmental management measures in connection with the execution of the contract:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Number of employees in the management
Description : The tenderer ́s number of employees in the management during the last three years was as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Average workforce
Description : The tenderer's average annual workforce in the last three years has been as follows:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Tools, materials and technical equipment.
Description : Tenderers can use the following tools, material and technical equipment to carry out the contract:
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Portion of the contract to sub-suppliers.
Description : The tenderer is considering to outsource the following part (as a percentage) of the contract to sub-suppliers. Note that if the tenderer has decided to outsource a part of the contract to sub-suppliers and will use the sub-suppliers ́ capacity to carry out this part, a special ESPD will be supplemented for such sub-suppliers, see part II, section C, above. Minimum qualification requirements Description of the requirement/documentation: This is to be marked by checking for use of sub-suppliers in Mercell, and the sub-supplier will then have access to Mercell and confirming the necessary information.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Use of other companies' resources (sub-suppliers)
Description : If a tenderer intends to rely on other companies' capacity for financial/economic strength and/or technical/professional qualifications, documentation shall be enclosed stating that the tenderer can use the necessary resources at sub-suppliers, e.g. by a written commitment statement or a written cooperation agreement on this between the tenderer and sub-supplier. Part III procurements are in accordance with the Public Procurement Regulations §§ 16-10. This may be relevant if services are requested for a larger geographical area than the tenderer can offer and cooperation will be entered into with another tenderer for the relevant geographical areas. Or whether the tenderer will use parent companies to fulfil the economic and financial capacity requirements. Documentation requirement: Tenderers must enclose a commitment statement from the companies in question or other proof that substantiates that the tenderer can use the offered resources. See the Commitment Statement. Minimum qualification requirements
Use of this criterion : Used

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 12/09/2024 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/233533380.aspx

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : Norwegian
Electronic catalogue : Not allowed
Advanced or qualified electronic signature or seal (as defined in Regulation (EU) No 910/2014) is required
Variants : Not allowed
Deadline for receipt of tenders : 24/09/2024 10:00 +00:00
Deadline until which the tender must remain valid : 4 Month
Information about public opening :
Opening date : 25/09/2024 10:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
No framework agreement
Information about the dynamic purchasing system :
No dynamic purchase system
Electronic auction : no

5.1.16 Further information, mediation and review

Review organisation : Salten og Lofoten Tingrett

8. Organisations

8.1 ORG-0001

Official name : Nordland fylkeskommune
Registration number : 964982953
Postal address : Prinsensgate 100
Town : BODØ
Postcode : 8048
Country subdivision (NUTS) : Nordland ( NO071 )
Country : Norway
Contact point : Astrid Nilsen
Telephone : +47 75650000
Fax : +47 75650801
Internet address : http://www.nfk.no
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Salten og Lofoten Tingrett
Registration number : 826 723 122
Department : Bodø
Town : BODØ
Country : Norway
Telephone : 75 43 49 00
Roles of this organisation :
Review organisation

10. Change

Version of the previous notice to be changed : 50561139-73cc-48d5-90f9-edcf2eaca789-01

10.1 Change

Section identifier : PROCEDURE

10.1 Change

Section identifier : LOT-0000

11. Notice information

11.1 Notice information

Notice identifier/version : 88025478-f0de-4004-a8f8-51ab10e1921e - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 17/09/2024 08:50 +00:00
Notice dispatch date (eSender) : 17/09/2024 09:03 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00561567-2024
OJ S issue number : 182/2024
Publication date : 18/09/2024